Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2008 FBO #2554
SOLICITATION NOTICE

99 -- Market Survey- Oracle Invoice Approval Workflow Services (MMAC)

Notice Date
11/21/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of Transportation, Federal Aviation Administration (FAA), Mike Monroney Aeronautical CTR, FEDERAL AVIATION ADMINISTRATION, AMQ-310 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
7318
 
Response Due
12/5/2008
 
Archive Date
12/20/2008
 
Point of Contact
Monique Pelletier, (405) 954-5102<br />
 
Small Business Set-Aside
N/A
 
Description
Market Survey/Request for Sources InformationCustomer Satisfaction Survey General Information: The Federal Aviation Administration (FAA) Mike Monroney Aeronautical Center (Center) provides a wide variety of products and services to a diverse customer base through multiple business units, to be referred to as organizations. These organizations include the Enterprise Services Center (ESC), the Logistics Center (AML), the Academy (AMA), Acquisition Services (AMQ) and Facility Management (AMP). The diverse customer base includes the FAA, the Department of Transportation (DOT) and other DOT modes, other federal agencies, and various private and international groups. The Center management team has identified a requirement to assess multiple aspects of customer satisfaction with all products and services. Numerous customer satisfaction surveys are currently in use dealing with specific customer groups by individual organizations, branches and/or divisions of organizations. The requirement is to provide an enterprise assessment of customer satisfaction, and would not replace current surveys, but rather would include additional data points to capture that enterprise assessment. The Center management team requires support of expert professional services to evaluate survey options and recommend a specific survey solution to the Center management team. Additionally, professional services are required to design and develop the survey and to design and develop detailed reports on the analysis of the resulting data set. To achieve these objectives, the contractor will need to analyze the different organizations to understand the products, services, customer base and specific survey requirements of each. Additionally, the contractor will need to develop an understanding of the surveys currently in use and the data being gathered by each. Further, the contractor will need to develop sufficient data processing, statistics and report design in order to adequately analyze and report on the resulting data. Preliminary data has been gathered on the current surveys, presenting a summary level view of the scope of each. Additional information may be required to provide a complete understanding of the current survey environment. The Center will provide appropriate points of contact from each organization that will be responsible for providing any additional information required by the contractor. The Center has an existing web-based survey tool that will be used to administer the new survey. The NAICS CODE for this requirement will be 541511, Custom Computer Program Services, with a Small Business Size Standard of $25 million. All interested vendors are advised that the FAA will not pay for any information or any administrative costs incurred that are associated with any response received from industry in response to this Market Survey/Request for Information. Therefore, any costs associated with vendor's Market Survey/Request for Information submissions will be solely at the interested vendor's expense. All FAA documents are to be downloaded and printed from the FAA Contracting Opportunities Home Page found at http://faaco.faa.gov (or by access through http://fast.faa.gov). Please note that documents downloaded from sites other than the FAA's Contracting Opportunities Homepage may not be the latest documents. All FAA SIR amendments will also be shown on this site as "Amendment" when required. Vendors must access this site daily to determine if additional SIR amendments have been issued. Only vendors that respond with information packages providing the required information demonstrating that their firm meets the minimum requirements will be added to the Source List. The minimum requirements will remain the same for the issued SIR as contained in the requested information for this market survey. Response to this Market Survey: Any information provided in response to this market survey will be used for informational purposes only and will not be released. Any proprietary information submitted will be protected if appropriately marked. Vendor participation in any informational session is not a promise of future business with the FAA. Interested sources should provide evidence of qualifications/capabilities available to provide experienced qualified management and technical personnel to conduct the required services. Attachment A includes a request for information describing the vendor's available resources and equipment. Attachment B includes a request for reference information for the vendor's performance on previous contracts. Attachment C is a business declaration form for descriptive information regarding the business status of the vendor. Attachment D is a draft Performance Work Statement. Response submittals must include information for the following three (3) requests: 1. Documentation that clearly demonstrates that the interested vendor is qualified and capable of providing the required services. The format of the documentation is at the discretion of the vendor.2. Responses to the requested information in Attachment A.3. Responses to the requested information in Attachment B. All response submittals (one response per company) are to be provided with a cover letter on company letterhead. Responses must be received no later than 3:00 P.M, local time, December 4, 2008. Market survey responses received after the time and date specified may be determined to be late and may not be considered. The FAA prefers that all response submittals, including attachments, be submitted electronically to the following email address: Monique.Pelletier@faa.gov Responses should be submitted in a portable document format (i.e..pdf file); however, Microsoft Word is acceptable. If you cannot respond electronically, please send response submittals to: Federal Aviation AdministrationAttn: Monique Pelletier, Contract Specialist (AMQ-310) Mailing Address: P.O. Box 25082 Oklahoma City, OK 73125 Physical Address: 6500 S. MacArthur Boulevard Oklahoma City, OK 73169-6901 Point of contact is Monique Pelletier, Contract Specialist, at e-mail Monique.Pelletier@faa.gov telephone (405) 954-5102 or FAX (405) 954-3030. NOTICE for informational purposes for Minority, Women-owned and Disadvantaged Business Enterprises: The Department of Transportation (DOT), Office of Small and Disadvantaged Business Utilization (OSDBU), has a program to assist small businesses, small businesses owned and controlled by socially and economically disadvantaged individuals, and women-owned concerns to acquire short-term working capital assistance for transportation-related contracts. Loans are available under the DOT Short Term Lending Program (STLP) at prime interest rates to provide accounts receivable financing. The maximum line of credit is $500,000. For further information and applicable forms concerning STLP, call the OSDBU at (800) 532-1169. NOTE: Any contract awarded for the requirements above will contain the AMS Clause 3.3.1-33 Central Contractor Registration (April 2006). Award cannot be made to a vendor that has not accomplished this registration. See paragraph (d) of the clause below: ***(d) If the offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer may proceed to award to the next otherwise successful registered offeror. ATTACHMENT A: Qualifications/Capabilities (to be completed by vendor and returned)ATTACHMENT B: Business Declaration (to be completed by vendor and returned)ATTACHMENT C: Draft Performance Work Statement
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=16fb5cfb6af2ecd021cb57f1836a1605&tab=core&_cview=1)
 
Record
SN01708523-W 20081123/081121214937-a35d4549e5a433883b2ab84db29d3da0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.